9
Date: April 22, 2021 Project: Term Contract for Rural Power System M & I Switchgear Upgrade Project Solicitation No.: 21116 Addendum No. One TO ALL PLANHOLDERS: The enclosed addendum amends the bid documents for the above referenced Project. Acknowledgment of this addendum is required on the Proposal Form. Failure to do so may subject the bidder to disqualification. Sincerely, Lois Lemus Contracting Officer 813 West Northern Lights Boulevard, Anchorage, Alaska 99503 | P 907.771.3000 | Toll Free 888.300.8534 | F 907.771.3044 | WWW.AKENERGYAUTHORITY.ORG

Date: April 22, 2021

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Date: April 22, 2021

Project: Term Contract for Rural Power

System M & I Switchgear Upgrade

Project

Solicitation No.: 21116

Addendum No. One

TO ALL PLANHOLDERS:

The enclosed addendum amends the bid documents for the above referenced Project.

Acknowledgment of this addendum is required on the Proposal Form. Failure to do so may

subject the bidder to disqualification.

Sincerely,

Lois Lemus

Contracting Officer

813 West Northern Lights Boulevard, Anchorage, Alaska 99503 | P 907.771.3000 | Toll Free 888.300.8534 | F 907.771.3044 | WWW.AKENERGYAUTHORITY.ORG

ADDENDUM TO CONTRACT

DOCUMENTS

Page Number

1

No. of Pages

Three

Addendum No. ONE Date Addendum Issued: April 22, 2021

Issuing Office

Lois Lemus

Alaska Energy Authority

813 W Northern Lights Blvd Anchorage, AK 99503

Phone: (907) 771-3909 Fax: (907) 771-3044

Previous Addenda Issued

NONE

Project: Term Contract for Rural Power System M & I

Switchgear Upgrade Projects

Solicitation No.: 21116

Date and Hour Bids Due: April 30, 2021 at 2:00 p.m.,

prevailing Anchorage time.

NOTICE TO BIDDERS:

Bidders must acknowledge receipt of this addendum prior to the hour and date set for the bid due date by

one of the following methods:

(a) By acknowledging receipt of this addendum on the proposal form submitted. (b) By email or telefacsimile which includes a reference to the project and addendum number.

The bid documents require acknowledgment individually of all addenda to the drawings and/or specifications. This is a mandatory

requirement and any bid received without acknowledgment of receipt of addenda may be classified as not being a responsive bid. If, by virtue

of this addendum it is desired to modify a bid already submitted, such modification may be made by email or telefacsimile provided such an

email or telefacsimile makes reference to this addendum and is received prior to the opening hour and date specified above.

**************************************************************************************************************

The Bid documents for the above project are amended as follows (All other terms and conditions remain

unchanged):

CONTRACT PROVISIONS AND SPECIFICATIONS

Item #1 Submission of Proposals due date has been changed to April 30, 2021 @ 2:00 pm Alaska

Time.”

Item #2 Invitation to Bid, Section No. 00 02 00, remove and replace in its entirety.

Item #3 Part C Evaluation Criteria, remove and replace in its entirety.

QUESTIONS AND ANSWERS

1. Question: Will unit pricing be considered in scoring?

Answer: Scoring related to price will be based solely on the “Total Base Bid.”

2. Question: Will existing drawing modification be required?

Answer: Each project will require shop drawings prior to mobilization, and as-built drawings

once each project is completed as indicated in the specifications. See Section 26 23 02 of the

Specifications included in the RFP. The shop drawings need to show the extent of the upgrade

work and should be based on the existing drawings. Please refer to the drawings included in the

RFP, as well as the example drawings provided which represent a typical upgrade.

3. Question: Will drawing modifications be required to be stamped by an Alaska Electrical P.E.?

Answer: No. The specifications require shop drawings, which do not require a P.E. Stamp.

4. Question: Will O & M manual updates be required?

Answer: Yes, please see Section 26 23 02 of the Specifications included in the RFP.

5. Question: Will materials and design submittals be required for AIDEA engineer approval prior

to purchase?

Answer: Yes, please see Section 26 23 02 of the Specifications included in the RFP.

6. Question: Is there a PLC brand/model is preferred or required?

Answer: Yes, please see Section 26 23 02 of the Specifications included in the RFP.

7. Question: Is there a SCADA software that is preferred or required?

Answer: No specific software is required. Please see Section 26 23 05 of the Specifications

included in the RFP.

8. Question: Is there a size requirement for the HMI/OIU touch screen?

Answer: Yes, please see Section 26 23 02 of the Specifications included in the RFP.

9. Question: Which model of Woodward EasyGen controller is preferred or required?

Answer: Please see Section 26 23 02 of the Specifications included in the RFP.

10. Question: What model(s) of Bus Meters/Station Meters/Feeder Meters are currently in use?

Answer: The make and model of the meters varies from site to site and there is not a

comprehensive list. Note that all meters are to be destroyed and replaced with new.

11. Question: Will we be demolishing the whole 30” wide x 36” tall x 45” deep GCP section of

each switchgear, or just demolishing the internal hardware and reusing the cabinet section?

Answer: The intent is for the existing enclosures to remain. The specifications provide for

installation of new doors, back pans, or aide pans as required. See Section 26 23 02 of the

Specifications included in the RFP.

12. Question: Will the new PLC and OIU be replacing the entire Master Control cabinet, or will

we just be tearing out the old hardware and putting in new?

Answer: The intent is for demolition to be limited to removal of the specific devices to be

replaced, and not the entire enclosure. See Section 26 23 02 of the Specifications included in the

RFP.

13. Question: Will UL or ETL Field evaluations be required?

Answer: No. The upgrades do not substantially change the form or function of the existing

switchgear, replacing components with like for like components. In the event the Authority

determines that the upgrades warrant re-listing the switchgear, the Authority will employ a third

party ETL to inspect and list the assembly.

14. Question: Which sites already have sufficient internet service?

Answer: For the purposes of this RFP, assume all communities will need updated hardware

and a new internet service per the terms described in Sections 01 11 13 and 26 23 02 of the

Specifications.

15. Question: Will remote VPN access be provided for each site?

Answer: No

16. Question: Will remote VPN access be required for each site before completion?

Answer: No. AEA will coordinate with the contractor to ensure remote access. Please see

Sections 01 11 13 and 26 23 02 of the Specifications.

END OF ADDENDUM

Form 25D-7 (8/01) 00 02 00 Page 1 of 2

ALASKA ENERGY AUTHORITY Addendum #1

Request for Proposal for Construction Contract

Date 4/22/2021

Term Contract for Rural Power System M & I Switchgear Upgrade Project

Project No. 21116

Location of Project: Statewide Alaska

Contracting Officer: Lois Lemus

Issuing Office: ALASKA ENERGY AUTHORITY (AUTHORITY)

State Funded [ ] Federal Funded [ x ]

Description of Work: This Denali Commission federal funded, and State funded is a multi-year term

contract to perform construction services to upgrade existing low-voltage, paralleling switchgear controls

in rural Alaska communities. Akiachak, Angoon, Chignik Bay, Koyukuk, Kwethluk, Chitina, Igiugig, and

Tenakee Springs will be the pilot projects; the current scope of work is listed in the specifications and

drawings.

The estimate Term Contract is a combine total contract not to exceed amount between $500,000.00 to

$2,000,000.00. For One year with Four one-year optional renewals subject to availability of funds

and needs. The contract renewal to be exercised solely by the Authority. The contract may be

extended for additional years to complete existing Change Orders.

Projects will be assigned vie Change Order. The Authority does not guaranty any minimum or maximum

amount of projects. The Authority has the right to accomplish any work through means other than this

agreement, including the use of in-house forces.

SUBMISSION OF PROPOSALS

Proposal are due at 2:00 pm local time, on April 30, 2021.

Due to the COVID-19 Pandemic, and in coordination with the Governor’s Mandate(s), the AIDEA/AEA

offices are not open to the public. Therefore, proposals may be hand delivered to the designated lock box at

the front entrance of the building located at 813 W. Northern Lights Blvd or emailed to

[email protected] prior to schedule proposal due time. It will be the responsibility of the Bidder to

contact Lois Lemus phone: 771-3909 or email: [email protected] that they have submitted a proposal.

ALL PROPOSALS INCLUDING ANY AMENDMENTS OR WITHDRAWALS MUST BE RECEIVED PRIOR TO OPENING. PROPOSALS SHALL BE SUBMITTED ON THE FORMS FURNISHED AND MUST BE IN A SEALED ENVELOPE MARKED AS

FOLLOWS:

Proposal for Project:

Term Contract for Rural Power System M & I

Switchgear Upgrade Projects

Project Number: 21116

ATTN: Lois Lemus Contracting Officer

Alaska Energy Authority

813 West Northern Lights Blvd.

Anchorage, AK 99503

A bid guaranty is required with each bid in the amount of 5% of the amount bid. (Alternate bid items as well as supplemental

bid items appearing on the bid schedule shall be included as part of the total amount bid when determining the amount of bid

guaranty required for the project.)

The Authority hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this

Invitation, Disadvantaged Business Enterprises (DBEs) will be afforded full opportunity to submit bids and will not be

discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

Form 25D-7 (8/01) 00 02 00 Page 2 of 2

NOTICE TO BIDDERS

Bidders are hereby notified that data to assist in preparing bids is available as follows:

See attached Special Notice to Bidders for this project.

Electronic Plans and Specifications may be ordered, for the price of $0.00 from:

Alaska Energy Authority

813 West Northern Lights Blvd.

Anchorage, AK 99503

Phone: (907) 771-3909

All questions relating to design features, constructability, quantities, or other technical aspects of the project should be directed

to the following. Bidders requesting assistance in viewing the project must make arrangements at least 48 hours in advance

with:

Bill Price, Project Manager Email: [email protected] Phone: (907) 771- 3027

Fax: (907) 771-3044 3

All questions relating to design features, constructability, quantities, or other technical aspects of the project and questions

concerning bidding procedures should be directed to:

Lois Lemus

Contracting Officer

813 West Northern Lights Blvd.

Anchorage, AK 99503

Phone: (907) 771-3909 Email: [email protected]

Planholder lists, and Results information are available on the Internet at: www.aidea.org under Procurement

Opportunities.

Reminder: 3 AAC 109.220 requires all Offerors to have a valid Alaska Business License and an Alaska Contractor’s

Certificate of Registration prior to award.

PROPRIETARY INFORMATION: Proposers should not include proprietary information in proposals if such

information should not be disclosed to the public. Any language within a submittal purporting to render all or portions of

a proposal confidential will be disregarded. Proprietary information which may be provided after selection for contract

negotiations will be confidential if expressly agreed to by the Contracting Agency (AS 36.30.230).

COST INCURRED PRIOR TO CONTRACT: Proposers are specifically advised that a contract shall not be in effect until

a written agreement is executed by an authorized agent of the Contracting Agency. The Contracting Agency shall not be

liable for any cost incurred by a Proposer in response to this solicitation, including any work done, even in good faith, prior

to execution of a contract and issuance of a Notice to Proceed.

MINOR INFORMALITIES: The Contracting Agency expressly reserves the right to waive minor informalities, negotiate

changes or reject any and all proposals and to not award the proposed contract, if in its best interest. "Minor

Informalities" means matters of form rather than substance which are evident from the submittal, or are insignificant

matters that have a negligible effect on price, quantity, quality, delivery, or contractual conditions and can be waived or

corrected without prejudice to other Offerors (2 AAC 12.990).

rfp-c AEA RFP Part C - Evaluation Criteria Page 1 of 3

PART

EVALUATION CRITERIA Addendum #1

Criteria with a weight of zero are not applicable and should be disregarded. If a weight is not indicated for any criterion, telephone the Agency Contact person identified at the top of page 1 of Part A - RFP. C

SECTION I - TECHNICAL PROPOSAL

1. Project Understanding and Methodology 1. Weight: 20

Response must demonstrate your comprehension of the project objectives, requirements and services. Identify any pertinent issues and potential problems related to the project. Describe the proposed methodologies to overcome potential problems to achieve project success. Response must demonstrate offeror’s approach to ensure the existing facility does not experience excessive outages during the upgrade. Response must include a Project Schedule in the form of a Gantt chart detailing how the offeror intends to accomplish the scope of work outlined in the Plans and Specifications. Response must outline the methods for accomplishing the proposed contract. Describe what, when, where, how, and in what sequence the work will be done. Present generator controls philosophy, and example SCADA screens. Identify the amount and type of work to be performed by any subcontractors. Consider how each task may be carried out and what services or interaction required from/with the Authority.

2. Project Management Team 2. Weight: 10

Response must describe the administrative and operational structures that will be used for performing the proposed contract. For example consider; who will have overall responsibility for the contract? What will the lines of authority be? Describe how communications will be maintained between your Project Staff and the Authority. Explain how your team will be completely accountable. For each person named, identify: employer, job classification, and state of residency. List at least 2 references (contact persons and telephone numbers) for each person. Describe the work to be performed by the individuals you name to perform essential functions and detail their specific qualifications and substantive experience directly related to the proposed contract. A response prepared specifically for this proposal is required, as marketing resumes often include non-relevant information which may detract from the evaluation of proposal. Focus on individual's specific duties and responsibilities and how project experience is relevant to the proposed contract. Response must include a list of subcontractors.

3. Experience, Qualifications, and Past Performance 3. Weight: 25

Response must describe the prime contractor (offeror’s) and subcontractors past performance on similar switchgear projects; including conformance to specifications and standards of good workmanship, forecasting and containment of cost or prices, history of reasonable and cooperative behavior and overall concern for the interests of the using agency or client, and adherence to contract schedules. Please provide actual examples of past work, with references. If the team is composed of a prime and subcontractor, discuss any prior work relationships among the firms in particular, regarding projects similar to this project. Discuss each firm’s particular responsibilities for prior contracts that were similar to the work proposed in the Project Documents. Indicate which of the firms were involved in such contracts. For each contract, list the contracting entity and a reference (contract person and a telephone number)

rfp-c AEA RFP Part C - Evaluation Criteria Page 2 of 3

4. Disadvantaged Business Enterprises 49 CFR 26 4. Weight: 0

Generally, weight shall be at least “10” for FHWA, FAA, or FTA funded contracts.

A DBE goal of 5% has been set. Proposed DBE participation is race conscious, or A DBE goal of 0% has been set. Proposed DBE participation is race neutral.

To be granted this preference, Offeror's response must identify a certified Disadvantaged Business Enterprise firm(s) (DBEs) in their proposal that will participate in the proposed contract services. The proposed DBE must be certified in the category of work proposed as listed in the DBE AUCP Directory in order to be credited for the services in the proposal and given the DBE preference and the DBE certification must be effective as of the proposal due date. Failure to submit adequate information pertaining to the percentage of work proposed to be completed by the DBE when this preference has been given weight may result in “0” points. Offerors should propose a single percentage number. Specifying a range of percentages (for example 5-8%) is not acceptable. If a range of percentages is proposed, the lowest number will be utilized in the calculation to determine the criterion score.

Certified DBE firms are listed in a DBE Directory which is available from the Alaska Department of Transportation and Public Facilities at its regional Design and Construction Offices in Juneau, Anchorage and Fairbanks or by mail from the Civil Rights Office, ADOT/PF, Box 196900, Anchorage, AK 99519 (telephone 907-269-0851) or at their internet address http://www.dot.state.ak.us/cvlrts/directory.shtml.

Response will be scored: Rating x Number of Evaluators x Weight = Criterion Score. Rating will be as follows:

"5" More than 5% DBE Participation;

"3" - 5% DBE Participation;

"1" - Less than 5% but more than 0 % DBE participation;

"0" - No DBE participation.

5. Alaska Bidder (Offeror) Preference 49 CFR 18.36(c)(2) & 2 AAC 12.260(e) 5. Weight: 10

Weight shall be “0” if any federal funding, otherwise weight shall be at least “10”.

To be granted this preference: 1) Response must certify that Offeror meets the following requirements per AS 36.30.990

(A) Firm holds a current Alaska Business License;

(B) Proposal is submitted under the name as appearing on the Firm's current Alaska Business License;

(C) Firm has maintained a place of business within Alaska, staffed by the Firm or an employee of the Firm, for a period of six months immediately preceding the date of the offer;

(D) Firm is incorporated or qualified to do business under the laws of the State of Alaska, is a sole proprietorship, and the proprietor is a resident of Alaska, is a limited liability company organized under AS 10.50 and all members are residents of Alaska, or is a partnership under AS 32.05, AS 32.06, or AS 32.11 and all partners are residents of Alaska; and

(E) If the Firm is a Joint Venture, it is composed entirely of entities that qualify under (A) - (D).

2) Offeror must designate the Alaska Bidder (Offeror) Preference on page one of Part D.

Response will be scored: Rating x Number of Evaluators x Weight = Criterion Score. Rating will be as follows: An Alaska Offeror’s preference (i.e. a Rating of 5) will be assigned to the proposal of an Offeror who qualifies as an Alaska bidder using the criteria in 1), above. No Alaska Offeror’s preference (i.e. a Rating of 0) will be assigned to the proposal of an Offeror who does not certify that it qualifies as an Alaska bidder or who does not qualify as an Alaska bidder using the criteria in 1), above.

rfp-c AEA RFP Part C - Evaluation Criteria Page 3 of 3

SECTION II - PRICE

C

6. Bid Schedule Form 003200 6. Weight: 35

Bid Schedule response will be scored based on the Total Base Bid Amount. The distribution of points based on cost will be determined by the method set out below. The lowest cost proposal will receive the maximum number of points Cost will be converted to points using the following formula:

(Price of Lowest Cost Proposal) x (MPP*) = Offeror's Criterion Score (Price of Offeror’s Cost Proposal)

*MPP = Maximum Possible Points = (35) x (Number of Evaluators) x (Weight)

In accordance with the Submittal Checklist (‘rfp-b’), item 10.3, Price Proposals must be signed and dated by the person who prepares it (may be a different signature for each subcontractor).

.